Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOURCES SOUGHT

Z -- Repair Building Envelope and Interior Finishes, Building 298

Notice Date
4/21/2020 1:00:56 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N6247020R6003
 
Response Due
4/27/2020 11:00:00 AM
 
Archive Date
05/12/2020
 
Point of Contact
Christina A. Newton, Phone: (910) 467-1541, Meghan J. Hislop, Phone: (910) 450-7173
 
E-Mail Address
christina.newton1@navy.mil, meghan.hislop@navy.mil
(christina.newton1@navy.mil, meghan.hislop@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. �THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency�s requirements exist.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.� No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation at this time, and no appointments for presentations will be made.� This synopsis is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.� The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract.� The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable.� All information submitted will be held in a confidential manner and will only be used for the purpose intended. The Office in Charge of Construction Florence, Naval Facilities Engineering Command Atlantic is seeking eligible small business firms capable of performing construction services for Design -Build, Repair Building Envelope and Interior Finishes, Building 298, Marine Corps Air Station Cherry Point, NC All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), Economically Disadvantaged Women-Owned small businesses (EDWOSB), and small businesses are encouraged to respond.� Upon review of industry responses to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest.� Large business submittals will not be considered.� Description of work: Design and construction for the repair and renovation of Building 298, associated parking and walks, accessible walkways/entrances and temporary modular trailers and associated site support improvements and incidental related work. The project is comprised of two sites: Building 298 Site:� Building 298 is an existing two-story 66,759 square foot building housing several user groups. Hurricane Florence caused significant damage to Building 298 including envelope and interior damages.� This requirement is for the design and construction for the repair and renovation of Building 298, associated parking and walks, accessible walkways/entrances, and associated site support improvements and incidental related work.� The project will include replacement of the existing roofing, exterior brick, interior walls and floor coverings, ceilings, lighting, HVAC system, furnishings, windows, doors, asphalt parking, and all utilities serving the building.� Temporary Office Space:� The project will also include offsite temporary office space to encompass the design and construction of temporary modular trailers, associated parking and walks, accessible walkways/entrances, and associated site support improvements and incidental related work.� The temporary modular trailers will be provided to house approximately 100 personnel (staff and visitors) at a time. �Trailers shall be fully furnished, have asphalt paved parking area, site lighting, restrooms, conference rooms, and connectivity to existing infrastructure for water, sanitary sewer, electrical, and communication. Work will be phased with the temporary relocation of certain user groups. The library and FRC-East groups are to remain in the facility during construction. Laydown areas and construction shall be completed as to facilitate parking and movement of people to these existing areas. The following user groups will be shifted to a temporary modular trailer area for work within their respectful areas: Installation Personnel Administration Center (IPAC), Human Resources Office (HRO), Distribution Management Office (DMO) and Real-Time Automated Personnel Identification System (RAPIDS). Mechanical and Electrical Utilities: Electrical to include power distribution, exterior and interior illumination. Telecommunication and data distribution to include fiber optic cabling, basic telephone, cable television, security and fire alarm systems and infrastructure. Existing SIPRNet network entrance cabling to remain existing. The project includes a requirement for furniture fixtures and equipment, as well as audio and visual equipment, for Building 298 FRC offices. The design and construction project to comply with sustainability requirements, UFC 3-210-10, Low Impact Development; FC 1-300-09N, Navy and Marine Corps Design Procedures; and UFC 4-010-06, Cybersecurity of Facility-Related Control Systems. The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a size standard of $39,500,000. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $10,000,000 and $25,000,000. This is a new procurement. �It does not replace an existing contract. �No prior contract information exists. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states, �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.� This office anticipates award of a contract for these services in August 2020. Firms must be able to demonstrate bonding capacity for a single project of $20,000,000. �Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the surety. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). �These forms are required. �Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. �For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. �Responses must include identification and verification of the firm�s small business status. For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. �Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of three (3) and a maximum of five (5) relevant construction projects for your firm that best demonstrate your experience on projects that are similar in size, scope, and complexity to this project. �Relevancy is further defined as: Size: Final construction cost of $20M or greater. Scope/Complexity: 1. Work involving a renovation of a minimum 50,000 square foot building, including experience managing multiple trades. 2. Experience providing substantial temporary facilities consistent with the subject requirement. 3. Work requiring iterations of phasing with substantial coordination required while not impacting ongoing operations. Note: Offerors must demonstrate experience with all three of the scope/complexity elements set forth above. �This experience may be demonstrated cumulatively through all of the projects submitted by an offeror. �In order for a project to be determined relevant, it must meet the size requirement and at least one of the scope/complexity items. Interested parties should respond no later than 27 April 2020. �The submission package shall ONLY be submitted electronically to Christina Newton via email at christina.newton1@navy.mil. �Packages shall not exceed 12 pages and MUST be limited to a 4MB attachment. �Responses received after the deadline or without the required information will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f08a1674f8f4695b07961ab7f75feec/view)
 
Place of Performance
Address: Cherry Point, NC 28533, USA
Zip Code: 28533
Country: USA
 
Record
SN05631372-F 20200423/200422060435 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.